Section one: Contracting authority
one.1) Name and addresses
South West College
OMAGH CAMPUS 2 Mountjoy Road
Omagh
BT79 7AH
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 4908865 - DfE - SWC - Provision of Electrical Materials to South West College
Reference number
ID 4908865
two.1.2) Main CPV code
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
two.1.3) Type of contract
Supplies
two.1.4) Short description
South West College (SWC) requires a Contractor to supply and deliver electrical materials to its Omagh, Dungannon and Enniskillen Campuses to support the delivery of their electrical installation course. A single supplier, who will be required to provide all the required items, will be appointed to deliver the Contract. A full list of items and their levels of annual estimated usage, based on historical data, is provided within the Pricing Schedule. Tenderers should refer to the Specification Schedule for more details on the services required.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £158,333
two.2) Description
two.2.2) Additional CPV code(s)
- 31680000 - Electrical supplies and accessories
- 31681000 - Electrical accessories
- 31681410 - Electrical materials
- 42000000 - Industrial machinery
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
South West College (SWC) requires a Contractor to supply and deliver electrical materials to its Omagh, Dungannon and Enniskillen Campuses to support the delivery of their electrical installation course. A single supplier, who will be required to provide all the required items, will be appointed to deliver the Contract. A full list of items and their levels of annual estimated usage, based on historical data, is provided within the Pricing Schedule. Tenderers should refer to the Specification Schedule for more details on the services required.
two.2.5) Award criteria
Quality criterion - Name: Supply and Quality Control / Weighting: 10
Cost criterion - Name: Total Contract Price / Weighting: 90
two.2.11) Information about options
Options: Yes
Description of options
The Client will have the option to extend the contract by two further periods of one year each.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-033645
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 February 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
EDMUNDSON ELECTRICAL LTD
PO BOX 1, Tatton St
KNUTSFORD
WA16 6AY
Telephone
+44 02890661177
Fax
+44 01603406253
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £158,333
Total value of the contract/lot: £158,333
Section six. Complementary information
six.3) Additional information
Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance, they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct, and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.